CITY OF PEACHTREE CITY FENCE at KEDRON AQUATIC CENTER

Transcription

CITY OF PEACHTREE CITY FENCE at KEDRON AQUATIC CENTER
PURCHASING DEPARTMENT
151 Willowbend Road
Peachtree City, GA 30269
Phone: 770-487-7657
Fax: 770-631-2505
www.peachtree-city.org
CITY OF PEACHTREE CITY
FENCE at KEDRON AQUATIC CENTER
ADDENDUM #3
Please note the following clarifications or responses to questions asked.
QUESTION: “One question I have are we bidding 3 rail or 4 rail” CLARIFICATION: Bidders shall bid 3
rail for steel products.
CLARIFICATION: In Addendum 2 it references the “outside entrance” to the pool. This refers to the
sides of the pool adjacent to the parking lot. The “tree side” refers to the sides of the pool opposite
from the parking lot and adjacent to the tree line.
CLARIFICATION: For the fence installation along the “tree side” of the pools needs to butt up to the
deck or be as close as possible. Reason for this being the City has to attach the electrical boxes back
to the fence and there is not any slack in the wires to adjust.
CLARIFICATION: All post support installation must be hand dug as there are many utilities in the
vicinity.
CLARIFICATION: Contractor responsible for proper utility location prior to work and is responsible for
all damage and repair.
25 January 2012
PURCHASING DEPARTMENT
151 Willowbend Road
Peachtree City, GA 30269
Phone: 770-487-7657
Fax: 770-631-2505
www.peachtree-city.org
CITY OF PEACHTREE CITY
FENCE at KEDRON AQUATIC CENTER
ADDENDUM #2
The following questions, issues or concerns have been raised as a result of the mandatory pre-bid
meeting held Thursday, January 12, 2012.
CLARIFICATION: In addition to the standard black color, Bidders are asked to supply two alternative
prices for “green fence.” In addition to black, bidders shall supply both the cost for the standard color
of green as well as the cost for a custom color. See new Bid Tender Form attached. The City is
aware that the warranty for Montage in black and bronze is twenty (20) years while the warranty for
Aegis Plus in green is ten (10) years.
I attempted to address these issues in the order that they were seen on the walking tour of the site:
CLARIFICATION: A general statement was made that the new fence would be offset from behind the
deck in most places. This is not true around the outside entrance to the pool. Other exceptions are
noted below as well.
CLARIFICATION: Gate hardware shall be fork latch only. No springs.
CLARIFICATION: At the outside entrance to the pool, fence shall attach to columns. Bidder is
responsible for patching and repairing the location of old poles.
CLARIFICATION: Next, the tour moved to the existing double gate which now, does not match up
with the new double doors. This was also discussed while inside the building. Bidders shall install a
twelve (12) foot gate which essentially goes from one flower bed curb to the other. Regarding the
existing electrical box – the City will be responsible to move this.
CLARIFICATION: The next area is the area around the air handler unit; specifically, the pump room
side of the air handler. Bidder shall include with bid a short fence panel that will fit under the
protruding upper portion of the air handler. The fence shall be installed to allow 90^ opening of the
door on the air handler.
CLARIFICATION: Next, the “tree side” of the air handler will require a non-removable short panel
between the air handler and the stone pillar. As pointed out during the site visit, there are utilities
running close to the pool deck in this area.
CLARIFICATION: Currently, there is a gate in the far, left corner. Do NOT replace with another gate.
CLARIFICATION: There is a corner between straight back from the pool entrance; located between
the two pools. Immediately to the right of this corner is an electrical box. Fence must be positioned
twelve (12) inches from the box to allow access.
CLARIFICATION: Just a short distance down from the electrical box is a gate. This gate is just a few
feet from the doorway. Discussion concluded that it made more sense to put in two four (4) foot gates
rather than one large double gate.
CLARIFICATION: Behind the smaller of the two pools, backing up to the steep drop-off, butt the fence
against the deck, do not leave a gap as in other places. Same with the fence that blocks off the HVAC
units behind the building, butt fence to deck.
CLARIFICATION: Questions were raised regarding the patching of old holes left when fence is
removed. Contractor is responsible for all repair and patching.
QUESTION: Standard walk gates are 4’ wide, you have 2 that are 42” wide. Can we quote all 4’ wide
walk gates with the exception of the 6’ walk and 12’ double? ANSWER: Yes.
24 January 2012
Attachment
CITY OF PEACHTREE CITY
BID/TENDER FORM
***** REVISED *****
Owner:
City of Peachtree City
151 Willowbend Road
Peachtree City, GA 30269
Bidder’s Name and Address:
__________________________
__________________________
__________________________
Due Date: ___________________
1.
Pursuant to and in compliance with the Invitation to Bid and the proposed Contract Documents relating
to the construction project known as:
REPLACEMENT FENCING AT KEDRON
Including Addenda ________________, the undersigned, having become thoroughly familiar with the terms and
conditions affecting the performance and costs of the work at the place where the work is to be completed, and
having fully inspected the site and all particulars, hereby proposes and agrees to fully perform the work within
_______ calendar days and in strict accordance with the Contract Documents, including furnishing any and all
labor and materials, and to do all of the work in accordance with the Contract Documents for the following lump
sum, hereinafter referred to as the Lump sum Bid of:
$_________________________ black Montage
As an alternative, the City is seeking pricing on the cost to upgrade to a fence color to match existing roof color.
Bidders are to supply the cost to supply the alternative color:
Aegis Plus Standard green option
Aegis Plus Custom color option
$___________________________
$___________________________
2.
The undersigned has checked the above figure, and understands that the owner will not be responsible
for any errors or omissions on the part of the undersigned in preparing this bid.
3.
In submitting this bid, it is understood that the right is reserved by the Owner to reject any or all bids and
waive all irregularities in connection herewith.
4.
The undersigned declares that the person or persons signing the bid is/are fully authorized to sign on
behalf of the firm listed and to fully bind the firm listed to all of the bid’s conditions and provisions thereof.
5.
It is agreed that no person or persons or company other than the firm listed below or as otherwise
indicated has any interest whatsoever in this bid or the contract that may be entered into as a result of this bid
and that in all respects the bid is legal and firm, submitted in good faith without collusion or fraud.
6.
It is agreed that the undersigned has complied or will comply with all requirements of local, state, and
federal laws, and that no legal requirements had been or will be violated in making or accepting this bid, in
awarding the contract to him/her and/or in the prosecution of the work required.
7.
The Owner will not be bound to enter into a Construction Contract with the low bidder unless a mutually
acceptable construction cost is reached.
8.
The undersigned agrees to commence actual physical work on the site with an adequate force and
equipment within ten (10) days of the date to be specified in a written order of the Owner.
9.
The undersigned agrees that this proposal may not be revoked or withdrawn after the time set for the
opening of the bids but shall remain open for acceptance for a period of sixty (60) days following such time.
10.
If written notice of the acceptance of this bid is mailed or delivered to the undersigned within sixty (60)
days after the date set for the opening of this bid, or any other time thereafter before it is withdrawn, the
undersigned will execute and deliver to the Owner proof of insurance coverage, all within ten (10) days after
personal delivery or after deposit in the mails of the Notice of Award of this bid.
11.
The names of all persons interested in the foregoing bid as principals are listed below:
(IMPORTANT NOTICE: If a bidder is a corporation, give legal name of the corporation, state where
incorporated, and the name of its president and secretary. If a partnership, give the name of the firm and the
names of all individual co-partners composing the firm. If the bidder is an individual, give first and last name in
full.)
12.
Addendum Receipt: The receipt of the following addendum to the specifications is acknowledged.
Addendum No. _________________ dated ___________________
Addendum No. _________________ dated ___________________
Date of Bid:
___________________________________________
Firm Name:
___________________________________________
Business Address:
___________________________________________
(No post office boxes)
___________________________________________
___________________________________________
Submitted By:
___________________________________________
(Signature in blue ink)
___________________________________________
(Printed name)
Telephone Number:
___________________________________________
Fax Number:
___________________________________________
E-mail Address:
___________________________________________
NOTE: Bidders should not add any conditions or qualifying statements to this bid or otherwise the bid may be declared irregular as being not
responsive.
PURCHASING DEPARTMENT
151 Willowbend Road
Peachtree City, GA 30269
Phone: 770-487-7657
Fax: 770-631-2505
www.peachtree-city.org
CITY OF PEACHTREE CITY
FENCE at KEDRON AQUATIC CENTER
ADDENDUM #1
The due date for bids has been extended to Tuesday, January 31, 2012 at 11:00 am.
PURCHASING DEPARTMENT
151 Willowbend Road
Peachtree City, GA 30269
Phone: 770-487-7657
Fax: 770-631-2507
www.peachtree-city.org
January 4, 2012
Ladies and Gentlemen:
The City of Peachtree City will be accepting lump sum, sealed bids from qualified contractors for fencing
removal and installation at the City’s Kedron Fieldhouse and Aquatic Center. Bids will be received by the
office of the Purchasing Department, 151 Willowbend Road, Peachtree City, Georgia, 30269, until 11:00
a.m. on Tuesday, January 24, 2012. The bids will be opened and read aloud at that time and place.
Bids received after the set time will not be considered. All bids must strictly conform to the plans,
specifications, or other bid documents.
Specifications, directions, bid forms, plans and other conditions are available on the City’s
website at www.peachtree-city.org.
A mandatory pre-bid meeting and site visit is scheduled for Thursday, January 12, 2012, at 3:00 p.m.
local time beginning at the Kedron Fieldhouse and Aquatic Center, 202 Kedron Drive, Peachtree City. No
bids shall be considered from companies that did not attend the mandatory pre-bid meeting and
site visit with City staff. Contractors planning to attend the mandatory pre-bid meeting and site visit are
encouraged to notify the City’s Purchasing Agent, Angela Egan ([email protected]) at least
twenty-four hours in advance.
Bids are to be submitted in a sealed envelope, with the name of the project (Kedron Fence # 12122BPW) clearly marked on the front. The date and time of opening are also to be included, along
with the name of the company submitting the bid. The bid made by any company or firm must be
signed in a legal manner in the name of such company or firm by a duly authorized officer, and the
principal place of business must be shown (no post office boxes).
Bidders shall make NO CONTACTS - either written or verbal - with any Peachtree City employee or
elected official, with the exception of the Purchasing Agent, during the period beginning with the issuance
of this document through approval of award unless authorized herein. Any attempt by a vendor/Bidder to
influence a member or members of the aforementioned may be grounds to disqualify the Vendor from
participation in the selection process of this Invitation for Bid.
No bids may be withdrawn for a period of sixty (60) days after the scheduled time to receive the bids. Any
request for clarification must be submitted in writing (hand delivery, email, fax, or regular mail) to Angela
Egan, Purchasing Agent, by the close of business, no later than five business days prior to the
submission of bids. Any clarification issued will be in the form of an addendum to the bid instructions,
plans, or specifications and will be issued to all potential bidders not later than seventy-two (72) hours
prior to the time of submission of bids. Any addendums will also be placed on the City’s website at
www.peachtree-city.org. Although the Purchasing Department will take effort to send any addendum to
known bidders, it is the bidder’s ultimate responsibility to ensure that they have all applicable addenda
prior to bid submittal. This may be accomplished via contact with the Purchasing Agent or by visiting the
City’s website prior to bid submittal.
The City reserves the right to bid a project in phases and award the contract on the phases it deems to be
in the City's best interest.
The City will choose the lowest, best, responsible or responsive bidder. The City will exercise its
discretion in awarding the contract to the bidder who best satisfies the needs of the City. The City
reserves the right to negotiate with the firm awarded the contract, after the contract is signed. The City
also reserves the right to reject any and all bids and to waive any and all irregularities.
Bids will not be accepted from any person, firm or corporation who is, or whose subcontractors are in
arrears in any debt or obligation to the City of Peachtree City or any other governmental entity.
Sincerely,
Angela Egan
Purchasing Agent
Enclosure
ARE/ KEDRON FENCE – 12-122BPW
CITY OF PEACHTREEE CITY
FENCE INSTALLATION AT KEDRON FIELDHOUSE & AQUATIC CENTER
SCOPE OF WORK, BID SPECIFICATIONS AND CONDITIONS
The following specifications and conditions are for labor and materials for fencing removal and
installation at the City’s Kedron Fieldhouse and Aquatic Center. The City’s Kedron Fieldhouse and
Aquatic Center is located at 202 Kedron Drive in Peachtree City. Qualified contractors shall provide
references of similar installations and have at least five-years experience installing Ameristar Fencing
products.
For this project the City requires the contractor to remove existing fence and install a new fence at least
one foot off the edge of existing concrete deck (shown in green on attached drawing). The City also
requires the contractor to replace the existing fence (shown in pink on attached drawing) with a new fence
in the same location. Please note the attached drawing is not to scale and is for relative reference
purposes only. The contractor is required to visit the site during the pre-bid meeting to very specific
conditions of the fencing installation, such as number of gates, etc.
For this project the City requires the same number of gates as there are existing on site. The exact
location of some of the gates may shift slightly with the orientation of the new bubble that is being
constructed on site currently. The exact location of the gates will need to be determined once the bubble
doors are installed.
The product required for this project is the black, six foot tall, Ameristar Montage Plus® fence with the
Classic® style panel, four-rail option if available. Three-rail option is acceptable if the four-rail option is
not available from manufacturer. Contractor shall install to all manufactures standards and specifications
including attached.
Contractor is responsible for the legal disposal of old fencing.
Since the pool will most likely be in use, storage of materials must be limited to the grassed area behind
the pump house/air handler unit, or other approved location.
Any tree removal must be approved by the project manager prior to removal.
Utility relocations are not anticipated for this project. Contractor should be able to work around existing
facilities. Any damage to utilities will be the responsibility of the contractor to fix at no additional charge to
the City.
Due to time constraints, Contractor awarded project must be able to complete the installation by March
30, 2012 in order to avoid liquidated damages.
The project is funded by the City of Peachtree City.
It will be the contractor’s responsibility to locate all utilities prior to construction. Any damage
done to utilities will be fixed at the expense of the contractor.
The Contractor, before leaving the site, shall, if applicable, wash and clean all exposed surfaces that
have become soiled or marked. The contractor shall remove from the site of the work all accumulated
debris and surplus material of any kind that results from his/her operation. The completed project shall be
turned over to the City in a neat and orderly condition.
All damage, as a result of work under this Contract, to existing structures, field, pavement, driveways,
curb and gutter, sidewalks, multi-use paths, utility poles, utility pipelines, conduits, drains, catch basins,
fences, and including other obstructions not specifically mentioned herein shall be repaid by the
Contractor at no cost to the City.
The Contractor, if applicable, shall obey all traffic laws and comply with all requirements, rules, and
regulations of the Georgia Department of Transportation, the City of Peachtree City, and other local
authorities having jurisdiction, to maintain adequate warning signs, lights, barricades, etc. for the
protection of traffic in the construction area.
The Contractor shall furnish a two-year warranty on the materials and a one-year warranty on labor.
Contractor and sub-contractors shall be licensed contractor in the State of Georgia, if appropriate.
All work to be in conformance with City requirements. If City permits are required, fees would be waived.
Permits or fees from other agencies would be the responsibility of the contractor.
The Contractor shall furnish the following insurance with the City named as additional insured, that must
remain in force for a period of at least one year after completion of the work:
• Commercial General Liability, Contractual Liability, Products/Complete Operations
Liability, Owners and Contractors Protective Liability, and Personal Injury Liability
Insurance - $1,000,000 combined Single Limit Bodily Injury and Property Damage – each
occurrence.
• Comprehensive Automobile Liability Insurance - $1,000,000 Combined Single Limit Injury
and Property Damage Liability – each occurrence.
• Workers’ Compensation Insurance - $100,000 Bodily Injury by Accident – each accident;
$500,000 Bodily Injury by Disease- policy limit; and $100,000 Bodily Injury by Disease –
each employee.
The schedule for the work must be coordinated through and approved by the Project Manager. The City
Engineer, David Borkowski, will be the Project Manager. Installation must be coordinated with him and
approved by him. Contractor awarded project shall meet with him prior to beginning installation.
Contractor shall provide to the Project Manager and strictly adhere to all manufacturer installation
guidelines.
Compliance with Georgia Security & Immigration Compliance Act of 2006
House Bill 2, Section 1
(b)(1) No public employer shall enter into a contract pursuant to this chapter for the physical performance
of services within this state unless the contractor registers and participates in the federal work
authorization program to verify information of all newly hired employees or subcontractors. Before a bid
for any such service is considered by a public employer, the bid shall include a signed, notarized
affidavit from the contractor attesting to the following:
(A) The affiant has registered with and is authorized to use the federal work authorization
program;
(B) The user identification number and date of authorization for the affiant; and
(C) The affiant is using and will continue to use the federal work authorization program throughout
the contract period.
An affidavit required by this subsection shall be considered an open public record once a public employer
has entered into a contract for services; provided, however, that any information protected from public
disclosure by federal law shall be redacted.
The website address for Homeland Security registration is: (Please note: https is correct.)
https://www.vis-dhs.com/EmployerRegistration.
Sample forms are attached.
This also applies to any subcontractors. No subs are allowed to commence work unless their E-verify
form is also on file with the City’s Purchasing Agent.
Adherence to Timeline
This project is expected to be completed within approximately two weeks, weather permitting.
Financial Standing
The contractor selected must be able to provide proof that they are in good financial standings with all
vendors, subcontractors, etc. prior to the award of the contractor. This means that the contractor must
provide information to include but not limited to a list of all vendors and subcontractors with proof that they
are currently net 60 with those individuals. Proof can be in the form of a letter on company letterhead
and/or contact information with the provider to which the city can follow up with vendor/subcontractor.
In addition, the City may require contact information with the contractor's financial institution(s), along with
the necessary consent for the City to contact the institution to inquire as to the financial status of the
contractor.
Finally, the contractor selected shall identify any and all liens or claims made against it within the last
twelve (12) months.
PROMPT PAYMENT:
The City’s payment terms are net 30 upon completion.
Prime Contractors, who sublet a portion of their work, shall pay their subcontractors for satisfactory
performance of their contracts no later than 15 calendar days from receipt of each payment made to
them.
Any delay or postponement of payment among the parties may take place only for good cause with prior
written approval from the Department.
If the contractor is found to be in noncompliance with these provisions, it shall constitute a breach of
contract and further payments for any work performed may be withheld until corrective action is taken. If
corrective action is not taken, it may result in termination of the contract.
All subcontract agreements shall contain this requirement.
CITY OF PEACHTREE CITY
BID/TENDER FORM
Owner:
City of Peachtree City
151 Willowbend Road
Peachtree City, GA 30269
Bidder’s Name and Address:
__________________________
__________________________
__________________________
Due Date: ___________________
1.
Pursuant to and in compliance with the Invitation to Bid and the proposed Contract Documents
relating to the construction project known as:
REPLACEMENT FENCING AT KEDRON
Including Addenda ________________, the undersigned, having become thoroughly familiar with the
terms and conditions affecting the performance and costs of the work at the place where the work is to be
completed, and having fully inspected the site and all particulars, hereby proposes and agrees to fully
perform the work within _______ calendar days and in strict accordance with the Contract Documents,
including furnishing any and all labor and materials, and to do all of the work in accordance with the
Contract Documents for the following lump sum, hereinafter referred to as the Lump sum Bid of:
$_________________________
As an alternative, the City is seeking pricing on the cost to upgrade to a fence color to match existing roof
color. Bidders are to supply the cost to supply the alternative color:
$___________________________
2.
The undersigned has checked the above figure, and understands that the owner will not be
responsible for any errors or omissions on the part of the undersigned in preparing this bid.
3.
In submitting this bid, it is understood that the right is reserved by the Owner to reject any or all
bids and waive all irregularities in connection herewith.
4.
The undersigned declares that the person or persons signing the bid is/are fully authorized to sign
on behalf of the firm listed and to fully bind the firm listed to all of the bid’s conditions and provisions
thereof.
5.
It is agreed that no person or persons or company other than the firm listed below or as otherwise
indicated has any interest whatsoever in this bid or the contract that may be entered into as a result of
this bid and that in all respects the bid is legal and firm, submitted in good faith without collusion or fraud.
6.
It is agreed that the undersigned has complied or will comply with all requirements of local, state,
and federal laws, and that no legal requirements had been or will be violated in making or accepting this
bid, in awarding the contract to him/her and/or in the prosecution of the work required.
7.
The Owner will not be bound to enter into a Construction Contract with the low bidder unless a
mutually acceptable construction cost is reached.
8.
The undersigned agrees to commence actual physical work on the site with an adequate force
and equipment within ten (10) days of the date to be specified in a written order of the Owner.
9.
The undersigned agrees that this proposal may not be revoked or withdrawn after the time set for
the opening of the bids but shall remain open for acceptance for a period of sixty (60) days following such
time.
10.
If written notice of the acceptance of this bid is mailed or delivered to the undersigned within sixty
(60) days after the date set for the opening of this bid, or any other time thereafter before it is withdrawn,
the undersigned will execute and deliver to the Owner proof of insurance coverage, all within ten (10)
days after personal delivery or after deposit in the mails of the Notice of Award of this bid.
11.
The names of all persons interested in the foregoing bid as principals are listed below:
(IMPORTANT NOTICE: If a bidder is a corporation, give legal name of the corporation, state where
incorporated, and the name of its president and secretary. If a partnership, give the name of the firm and
the names of all individual co-partners composing the firm. If the bidder is an individual, give first and last
name in full.)
12.
Addendum Receipt:
acknowledged.
The receipt of the following addendum to the specifications is
Addendum No. _________________ dated ___________________
Addendum No. _________________ dated ___________________
Date of Bid:
___________________________________________
Firm Name:
___________________________________________
Business Address:
___________________________________________
(No post office boxes)
___________________________________________
___________________________________________
Submitted By:
___________________________________________
(Signature in blue ink)
___________________________________________
(Printed name)
Telephone Number:
___________________________________________
Fax Number:
___________________________________________
E-mail Address:
___________________________________________
NOTE: Bidders should not add any conditions or qualifying statements to this bid or otherwise the bid may be declared irregular as
being not responsive.
CITY OF PEACHTREE CITY
QUESTIONNAIRE SHEET
The undersigned guarantees the truth and accuracy of all statements and answers herein contained.
1. How many years has your organization been in the fence installation business?
_______________________________________________________________________________
2. What is the last project of this nature that you have completed? Give project name and describe the
scope of the project, contact person, address and telephone number.
_______________________________________________________________________________
_______________________________________________________________________________
3. Have you ever failed to complete work awarded to you: if so, where and why?
_______________________________________________________________________________
_______________________________________________________________________________
4. The following are named as all relevant corporations or individuals for which you have performed work
in the last three (3) years: (Give company name, contact person, address, telephone number
and the project name).
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
______________________________________________________________________________
_______________________________________________________________________________
(use additional pages as needed)
5.
Have you personally inspected the proposed work and have you a complete plan for its
performance?
_______________________________________________________________________________
6.
Will you sublet any part of this work? If so, specify all possible contractors, giving business name,
phone, contact and type of work:
_______________________________________________________________________________
____________________________________________________________________________(continued)
_____________________________________________________________________________
_____________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
(use additional pages as needed)
7.
State the true, exact, correct and complete name of the partnership, corporation, or trade name
under which you do business, and the address of the place of business. (If a corporation, state the name
of the President and Secretary. If a partnership, state the names of all partners. If a trade name, state the
names of the individuals who do business under the trade name.) It is absolutely necessary that this
information be furnished.
_______________________________________________________________________________
Correct Name of Bidder
(a)
The business is a (Proprietorship) (Partnership) (Corporation).
(b)
The address of principal place of business is:
_______________________________________________________________________________
_______________________________________________________________________________
(c)
The telephone number and facsimile number are:
_______________________________________________________________________________
(d)
The names of the corporate officers, or partners, or individuals doing business under a trade
name are as follows:
____________________________________
Name
_________________________________
Title
____________________________________
Name
_________________________________
Title
____________________________________
Name
_________________________________
Title
_______________________________________________________________________________
Bidder
(e)
The name(s) of the agent of the corporation registered with the Secretary of State and address:
____________________________________
Name
_________________________________
Title
_______________________________________________________________________________
Address
SECTION 00200
CITY OF PEACHTREE CITY
INSTRUCTIONS TO BIDDER
The following instructions are given for the purpose of guiding bidders in properly preparing their bids or
proposals. These directions have force and weight with the specifications and strict compliance is
required with all the provisions herein contained.
QUALIFICATIONS OF BIDDERS: No bid will be accepted from, nor will any contract be awarded to, any
person or firm who is in arrears to the City of Peachtree City, upon any debt or contract, or who is a
defaulter, as surety or otherwise, upon any obligation to said City or who is deemed irresponsible or
unreliable by the City Council of Peachtree City.
PERSONAL INVESTIGATION: Bidders shall satisfy themselves by personal investigation, and by such
other means as they may think necessary or desirable, as to the conditions affecting the proposed work
and the cost thereof. No information derived from maps, plans, specifications or from the Project
Manager, or City employees shall relieve the contractor from any risk or from fulfilling all terms of the
contract.
INCONSISTENCIES: Any seeming inconsistency between different provisions of the plans, specifications,
proposals or contract or any point requiring explanation must be inquired into by the bidder, in writing, by
the close of business, five business days prior to the submission of bids. After bids are opened, the
bidders shall abide by the decision of Project Manager as to such interpretation.
FORM OF BIDS: Each bid and its accompanying statements must be made on the blanks provided
therefore and found herewith. The forms must be submitted in good order and with all the blanks filled in.
The forms must be enclosed in a sealed envelope when submitted to the Purchasing Agent, City of
Peachtree City, Georgia, and must show the name of the bidder and a statement as to its contents. The
bid must be signed by one duly authorized to do so, and in case signed by the deputy or subordinate, the
principal's properly written authority to such deputy or subordinate must accompany the bid. No bid will be
accepted, for any reason whatsoever, which is not submitted to the Purchasing Agent as stated above,
within the specified time.
FILLING IN BIDS: All prices must be written in the bid and also stated in figures, and all bids must fully
cover all items for which bids are herein asked and no other. Bidders are required to state the names and
places of residence of all persons interested herein, and if no other person is interested, the bidder shall
distinctly state such fact and shall state that the bid is in all respects fair and without collusion or fraud.
Where more than one person is interested, it is required that all persons so interested or their legal
representative make all verification and subscribe to the bid.
CAUSES FOR REJECTION: No bid will be canvassed, considered or accepted which in the opinion of the
Project Manager is informal or unbalanced, or contains inadequate or unreasonable prices for any items
each item must carry its own proportion of the cost as nearly as is practicable. Any alteration, erasure,
interlineation, or failure to contain bids for all items called for in the schedule shall render the bid voidable.
REJECTION OF BIDS: The City reserves the right to reject any bid, if the evidence submitted by the
bidder, or if the investigation of such bidder fails to satisfy the City that such bidder is properly qualified to
carry out the obligations and to complete the work contemplated therein. Any or all bids will be rejected, if
there is reason to believe that collusion exists among bidders. Bids will be considered irregular and may
be rejected, if they show serious omissions, alterations in form, additions not called for, conditions or
unauthorized alternates, or irregularities of any kind. The City reserves the right to reject any or all bids
and to waive any and all irregularities as may be deemed best for the interests of the City.
WITHDRAWALS: Any bidder may, without prejudice to himself, withdraw his bid at any time prior to the
expiration of the time during which bids may be submitted. Such request for withdrawal must be in writing
and signed in the same manner and by the same person who signed the bid. After expiration of the period
of receiving bids, no bid can be withdrawn, modified, or explained.
CONTRACT: The bidder to whom the award is made shall execute a written contract to do the work and
maintain the same in good repair until final acceptance by the proper authorities, and shall furnish good
and sufficient bonds (if applicable) as hereinafter specified, within ten (10) calendar days after receiving
such contract for execution. If the bidder to whom the first award is made fails to enter into a contract as
herein provide, the award may be annulled and the contract let to the next higher bidder who is reliable,
and responsible in the opinion of the City Council. Such bidder shall fulfill every stipulation embraced
herein as if he were the original party to whom award was made.
ENFORCEMENT OF SPECIFICATIONS: Copies of the specifications will be placed in the hands of all the
assistants to the Project Manager and Inspectors employed on the work, who shall enforce each and
every requirement of the contract. Such assistants shall have no authority to vary from such
requirements.
COPIES OF PLANS AND SPECIFICATIONS: Copies of the specifications, details, contract and bonds
are on file in the office of the Purchasing Agent of Peachtree City, and may be examined by the bidder.
GENERAL: Bidders shall completely fill out the bid and the questionnaire herein contained.
Bidders are invited to be present at the time of opening of bids.
The City Council of the City of Peachtree City reserves the right to reject any of all bids or any part of any
bid.
SPECIFICATIONS: Technical specifications are attached. Where the attached technical specifications do
not adequately address the standards of construction for a particular item required by the contract, the
following published specifications shall apply:
(a)
For general construction, refer to the "Greenbook" - Standard Specifications for
Public Works Construction, 1994 Edition.
(b)
For road construction, refer to Georgia Department of Transportation, Standard
Specifications for Construction of Roads and Bridges, 2001 Edition and 1997
Supplemental Specifications Book and Supplemental Specifications.
SCOPE OF WORK: The work included in this project consists of furnishing all labor, materials,
equipment, services and incidentals necessary for the completion of the project described in the
Specifications for the City of Peachtree City.
LOCATION OF THE WORK: The location of this project is described above – Kedron Aquatic Center.
INSURANCE: The bidder's attention is directed to the insurance requirements set out in the General
Conditions, herein. The Contractor will be required to furnish a certificate of insurance to the City prior to
execution of the contract by the City.
BIDDING: Bidders shall bid on each item listed in the bid. Lump sum prices shall include all work within
the limits shown on the drawings or specified herein.
BASIS OF PAYMENT: Payment shall be made on the basis of prices given in the bid. Lump sum prices
shall be paid on the percent complete based upon a breakdown of lump sum items in the Bid and
materials delivered to the job site. Unit prices will be applied to the actual quantities furnished and
installed, as specified, in order to determine payment.
ACCEPTANCE PERIOD: The bidder shall hold his bid good for acceptance by the City for a period not
less than sixty (60) calendar days following the date of the bid opening.
METHOD OF AWARD: Award of the contract, if made at all, will be based on the lowest, best,
responsible or responsive bid from a qualified contractor.
BASIS FOR BID AND CONTRACT: The price basis for bids and for the contract shall be a lump sum
amount for all the work under the contract complete in place, tested, approved, and ready for service
except where unit cost items are included in the Bid Schedule as a bid item. No additional amount shall
be paid by the City unless it is extra work approved and authorized by change order. The Project
Manager is responsible for initiating the Change Order.
SPECIAL CONDITIONS: In general, when requirements included in the Special Conditions are also
included in the General and/or Supplemental General Conditions, the more stringent conditions shall
govern.
END OF SECTION
Revised 08-01-2011
CONTRACTOR AFFIDAVIT UNDER O.C.G.A. § 13-10-91(b) (1)
By executing this affidavit, the undersigned contractor verifies its compliance with §
O.C.G.A. 13-10-91, stating affirmatively that the individual, firm, or corporation (“Contractor”)
which is engaged in the physical performance of services on behalf of the City of Peachtree
City has registered with, is authorized to use and uses federal work authorization program
commonly known as E-Verify, or any subsequent replacement program, in accordance with
the applicable provisions and deadlines established in § O.C.G.A. 13-10-91.
Furthermore, the undersigned contractor will continue to use the federal work authorization
program throughout the contract period and the undersigned contractor will contract for the
physical performance of services in satisfaction of such contract only with subcontractors
who present an affidavit to the contractor with the information required by § O.C.G.A. 1310-91(b). Contractor hereby attests that its federal work authorization user identification
number and date of authorization are as follows:
_________________________________
Federal Work Authorization User Identification Number
Date of Authorization
https://e-verify.uscis.gov/enroll
Company Name / Contractor Name
Name of Project
I hereby declare under penalty of perjury that the foregoing is true and correct.
Executed on _______________ ___, 20____ in ________________________
(City)
BY:
_________
(State)
Signature of Authorized Officer or Agent
______________________________________
Printed Name and Title of Authorized Officer or Agent of Contractor
SUBSCRIBED AND SWORN BEFORE ME ON THIS THE
______ DAY OF_____________________, 20____
Notary Public
My Commission Expires:
Revised 08-01-2011
SUBCONTRACTOR AFFIDAVIT UNDER O.C.G.A. § 13-10-91(b) (3)
By executing this affidavit, the undersigned subcontractor verifies its compliance with § O.C.G.A. 13-1091, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of
services under a contract with __________________________________________ (name of Contractor) on
behalf of the City of Peachtree City has registered with, is authorized to use and uses federal work authorization
program commonly known as E-Verify, or any subsequent replacement program, in accordance with the
applicable provisions and deadlines established in § O.C.G.A. 13-10-91.
Furthermore, the undersigned subcontractor will continue to use the federal work authorization program
throughout the contract period and the undersigned subcontractor will contract for the physical
performance of services in satisfaction of such contract only with sub-subcontractors who present an
affidavit to the sub-contractor with the information required by § O.C.G.A. 13-10-91(b).
Additionally, the undersigned subcontractor will forward notice of the receipt of an affidavit from a subsubcontractor to the contractor within five business days of receipt. If the undersigned subcontractor
receives notice of receipt of an affidavit from any sub-subcontractor that has contracted with a subsubcontractor to forward, within five business days of receipt, a copy of such notice to the contractor.
Subcontractor hereby attests that its federal work authorization user identification number and date of
authorization are as follows:
Federal Work Authorization User Identification Number
_________________________________
Date of Authorization
Company Name / Subcontractor Name
Name of Project
I hereby declare under penalty of perjury that the foregoing is true and correct.
Executed on _______________ ___, 20____ in _____________________________
(City)
BY:
_________
(State)
Signature of Authorized Officer or Agent
______________________________________
Printed Name and Title of Authorized Officer or Agent of Contractor
SUBSCRIBED AND SWORN BEFORE ME ON THIS THE
______ DAY OF_____________________, 20____
Notary Public
My Commission Expires:
SECTION 00600
CITY OF PEACHTREE CITY
CONTRACT
THIS CONTRACT, made and entered into this _____ day of _____________, 20___, by and between
PEACHTREE CITY, GEORGIA, a political subdivision of the State of Georgia, party of the first part, (hereinafter
referred to as the "CITY"), and _____________________________________________________ party of the
second part (hereinafter sometimes called "CONTRACTOR");
WITNESSETH;
That the parties hereto, for and in consideration of the covenants and agreements hereinafter set forth, mutually
agree as follows, to wit:
1. That the CONTRACTOR shall furnish all labor, materials and equipment and perform all work in the manner
and form provided by the Contract Documents covering the Project of
the
CITY
known
and
identified
as ______________________________for the aggregate amount reflected by
the
Bid,
said
aggregate
amount
being _______________________________Dollars
and
____________________________ Cents
($______________________).
2. That the CONTRACTOR shall begin the work to be performed under
______________________________________ and shall fully complete all work hereunder
this
Contract
on
on _______________________________________.
3. That the CITY shall pay the CONTRACTOR for the faithful performance of this Contract, in lawful money of
the United States, and subject to additions and deductions as provided in the Contract Documents, the total
amount of his bid as set forth above at the times and in a manner stated in the General Conditions of the
Contract Documents.
4. It is further mutually agreed that if at any time after the execution of this Contract the Performance Bond and
Payment Bond, the CITY shall deem the surety upon such bonds to be unsatisfactory, or if for any reason such
bond shall become inadequate to cover the performance of the work, the CONTRACTOR shall at his own
expense, within five (5) calendar days after the receipt of notice from the CITY to do so, furnish an additional
bond or bonds in such form and amount and with such surety or sureties as shall be satisfactory to the CITY. In
such event, no further payment to the CONTRACTOR shall be deemed to be due under this Contract until such
new or additional security shall have been furnished in a manner and form satisfactory to the CITY.
5. The "Contract Documents" are hereby defined as the Questionnaire, the Advertisement for Bids, the
Instructions to Bidders, the Bid, the Bid Bond (or certified check), the Contract, the Performance Bond, the
Payment Bond, the General Conditions, Special Conditions, the Specifications, the Plans, and any Addenda
which may be issued. The terms and conditions of said Contract Documents are incorporated herein by
reference and made a part hereof as though fully set forth herein. The Contract Documents are complementary,
so that a recital in one is tantamount to a recital in all, and the CONTRACTOR specifically acknowledges that he
has read and understands all of said Contract Documents.
6. The various indemnities of the CONTRACTOR contained in the Contract Documents indemnifying the CITY
from liability for damages to persons or property caused by acts, omissions, or defaults in the performance of the
Contract Documents shall have a monetary limitation of the larger of the following $1,000,000.00 or the entire
amount of the Contract.
IN WITNESS WHEREOF, the parties hereto have executed this Contract in three counterparts, each of which
shall be deemed an original contract all as of the day and year first hereinbefore written.*
CITY OF PEACHTREE CITY:
_______________________
_______________
Signature
Date
_________________________________________
Printed Name and Title (City Manager or Mayor)
(SEAL) ATTEST:
_________________________________________
CONTRACTOR:
_______________________
_______________
Signature
Date
_________________________________________
Printed Name and Title (Principal)
(SEAL) ATTEST:
_________________________________________
Tax ID Number: _______________________________________
*In the event that the Contractor is a corporation, there shall be attached to each counterpart a certified copy of a resolution of the Board of
Directors of the corporation authorizing the officer who signs the Contract, Performance Bond and Payment Bond to do so in its behalf.
END OF SECTION
SECTION 00200
CITY OF PEACHTREE CITY
INSTRUCTIONS TO BIDDER
The following instructions are given for the purpose of guiding bidders in properly preparing their bids or
proposals. These directions have force and weight with the specifications and strict compliance is required with
all the provisions herein contained.
QUALIFICATIONS OF BIDDERS: No bid will be accepted from, nor will any contract be awarded to, any person
or firm who is in arrears to the City of Peachtree City, upon any debt or contract, or who is a defaulter, as surety
or otherwise, upon any obligation to said City or who is deemed irresponsible or unreliable by the City Council of
Peachtree City.
PERSONAL INVESTIGATION: Bidders shall satisfy themselves by personal investigation and by such other
means as they may think necessary or desirable, as to the conditions affecting the proposed work and the cost
thereof. No information derived from maps, plans, specifications or from the Project Manager, or City employees
shall relieve the contractor from any risk or from fulfilling all terms of the contract.
INCONSISTENCIES: Any seeming inconsistency between different provisions of the plans, specifications,
proposals or contract or any point requiring explanation must be inquired into by the bidder, in writing, by the
close of business, five business days prior to the submission of bids. After bids are opened, the bidders shall
abide by the decision of Project Manager as to such interpretation.
FORM OF BIDS: Each bid and its accompanying statements must be made on the blanks provided therefore and
found herewith. The forms must be submitted in good order and with all the blanks filled in. The forms must be
enclosed in a sealed envelope when submitted to the Purchasing Agent, City of Peachtree City, Georgia, and
must show the name of the bidder and a statement as to its contents. The bid must be signed by one duly
authorized to do so, and in case signed by the deputy or subordinate, the principal's properly written authority to
such deputy or subordinate must accompany the bid. No bid will be accepted, for any reason whatsoever, which
is not submitted to the Purchasing Agent as stated above, within the specified time.
BID BOND: A certified check, cashier's check or bank officer's check, for the sum set forth in the advertisement,
made payable to the City of Peachtree City, Georgia or bid bond in the said amount, shall accompany each bid
as evidence of the good faith and responsibility of the bidder. The check or bond shall be retained by the payee
as liquidated damages should the bidder refuse or fail to enter into a contract with the payee for the execution of
the work embraced in the bid, in the event the bid of the bidder is accepted.
The above bond or check shall be a guarantee that the bidder will, if necessary, promptly execute a satisfactory
contract and furnish good and sufficient bonds. As soon as a satisfactory contract has been executed and the
bonds furnished and accepted, the check or bond accompanying the bid of the successful bidder will be returned
to him. The certified or other checks or bid bonds of the unsuccessful bidders will be returned to them upon the
acceptance of the bid of the successful bidder. Provided that if the successful bidder shall not enter into, execute,
and deliver such a contract and furnish the required bonds within ten (10) calendar days after receiving notice to
do so, the certified or other check or bid bond and the proceeds thereof shall immediately become the property of
the City of Peachtree City as liquidated damages.
FILLING IN BIDS: All prices must be written in the bid and also stated in figures, and all bids must fully cover all
items for which bids are herein asked and no other. Bidders are required to state the names and places of
residence of all persons interested herein, and if no other person is interested, the bidder shall distinctly state
such fact and shall state that the bid is in all respects fair and without collusion or fraud. Where more than one
person is interested, it is required that all persons so interested or their legal representative make all verification
and subscribe to the bid.
CAUSES FOR REJECTION: No bid will be canvassed, considered or accepted which in the opinion of the
Project Manager is informal or unbalanced, or contains inadequate or unreasonable prices for any items each
item must carry its own proportion of the cost as nearly as is practicable. Any alteration, erasure, interlineation, or
failure to contain bids for all items called for in the schedule shall render the bid voidable.
REJECTION OF BIDS: The City reserves the right to reject any bid, if the evidence submitted by the bidder, or if
the investigation of such bidder fails to satisfy the City that such bidder is properly qualified to carry out the
obligations and to complete the work contemplated therein. Any or all bids will be rejected, if there is reason to
believe that collusion exists among bidders. Bids will be considered irregular and may be rejected, if they show
serious omissions, alterations in form, additions not called for, conditions or unauthorized alternates, or
irregularities of any kind. The City reserves the right to reject any or all bids and to waive any and all irregularities
as may be deemed best for the interests of the City.
WITHDRAWALS: Any bidder may, without prejudice to himself, withdraw his bid at any time prior to the
expiration of the time during which bids may be submitted. Such request for withdrawal must be in writing and
signed in the same manner and by the same person who signed the bid. After expiration of the period of
receiving bids, no bid can be withdrawn, modified, or explained.
CONTRACT: The bidder to whom the award is made shall execute a written contract to do the work and maintain
the same in good repair until final acceptance by the proper authorities, and shall furnish good and sufficient
bonds as hereinafter specified, within ten (10) calendar days after receiving such contract for execution. If the
bidder to whom the first award is made fails to enter into a contract as herein provide, the award may be annulled
and the contract let to the next higher bidder who is reliable, and responsible in the opinion of the City Council.
Such bidder shall fulfill every stipulation embraced herein as if he were the original party to whom award was
made.
A corporation to which a contract is awarded will be required to furnish a certificate as to its corporate existence
and evidence that the officer signing the contract is authorized to do so on the behalf of the corporation. The
contract shall provide that the Contractor agrees to correct any defective or faulty work or material, which may
appear within one (1) year after the completion of the work and receipt of the final payment.
ENFORCEMENT OF SPECIFICATIONS: Copies of the specifications will be placed in the hands of all the
assistants to the Project Manager and Inspectors employed on the work, who shall enforce each and every
requirement of the contract. Such assistants shall have no authority to vary from such requirements.
COPIES OF PLANS AND SPECIFICATIONS: Copies of the specifications, details, contract and bonds are on file
in the office of the Purchasing Agent of Peachtree City, and may be examined by the bidder.
PAYMENT AND PERFORMANCE BONDS: The successful bidder shall furnish payment bond (110% of contract
price) and performance bond (100% of contract price) written by the Corporate Surety Company holding a
Certificate of Authority from the Secretary of the Treasury of the United States as acceptable sureties or federal
bonds, executed and issued by the Resident Agent licensed by and having office in the State of Georgia,
representing such Corporate Surety, to be approved by the Purchasing Agent, conditioned for the due and
faithful performance of the work, and providing, in addition to all other conditions, that if the Contractor, or his or
its subcontractors, fail to duly pay for any labor, materials, team hire, sustenance provisions, provender, or other
supplies used or consumed by such Contractor, or his or its subcontractor(s), in performance of the work
contracted to be done, the Surety will pay the same in the amount not exceeding the sum provided in such
bonds, together with interest at the rate of 8% per annum, and that they shall indemnify and save harmless the
City of Peachtree City to the extent of any and all payments in connection with carrying out of said contract which
the City may be required to make under the law.
The Contractor is required at all times to have a valid payment and performance bond in force covering the work
being performed. A failure to have such bonds in force at any time shall constitute a default on the part of the
Contractor. A bond written by a surety, which becomes disqualified to do business in the State of Georgia, shall
automatically constitute a failure on the part of the Contractor to meet the above requirements.
Such bonds shall continue in effect for one (1) year after completion and acceptance of the work with liability
equal to 25% of the contract price, or an additional bond shall be conditioned that the Contractor will correct any
defective or faulty work or material which appears with one (1) year after completion of the contract, upon
notification by the City, except in contracts which are concerned solely with demolition work, in which cases the
25% liability will not be applicable.
Payment and Performance Bond forms will not be provided in this bid package. Standard forms supplied by the
Surety are an acceptable form.
GENERAL: Bidders shall completely fill out the bid, the questionnaire and the affidavit herein contained.
Bidders are invited to be present at the time of opening of bids.
The City Council of the City of Peachtree City reserves the right to reject any of all bids or any part of any bid.
SPECIFICATIONS: Technical specifications are attached. Where the attached technical specifications do not
adequately address the standards of construction for a particular item required by the contract, the following
published specifications shall apply:
(a)
For general construction, refer to the "Greenbook" - Standard Specifications for
Public Works Construction, 1994 Edition.
(b)
For road construction, refer to Georgia Department of Transportation, Standard
Specifications for Construction of Roads and Bridges, 2001 Edition and the 1997
supplemental specifications book.
SCOPE OF WORK: The work included in this project consists of furnishing all labor, materials, equipment,
services and incidentals necessary for the completion of the project described in the Specifications for the City of
Peachtree City.
LOCATION OF THE WORK: The location of this project is primarily located on the property at 506 Creekside
Way and secondarily on the property at 407 Bradford Point.
INSURANCE: The bidder's attention is directed to the insurance requirements set out in the General Conditions,
herein. The Contractor will be required to furnish a certificate of insurance to the City prior to execution of the
contract by the City.
BIDDING: Bidders shall bid on each item listed in the bid. Lump sum prices shall include all work within the limits
shown on the drawings or specified herein.
BASIS OF PAYMENT: Payment shall be made on the basis of prices given in the bid. Lump sum prices shall be
paid on the percent complete based upon a breakdown of lump sum items in the Bid and materials delivered to
the job site. Unit prices will be applied to the actual quantities furnished and installed, as specified, in order to
determine payment.
ACCEPTANCE PERIOD: The bidder shall hold his bid good for acceptance by the City for a period not less than
sixty (60) calendar days following the date of the bid opening.
METHOD OF AWARD: Award of the contract, if made at all, will be based on the lowest, best, responsible or
responsive bid from a qualified contractor.
BASIS FOR BID AND CONTRACT: The price basis for bids and for the contract shall be a lump sum amount for
all the work under the contract complete in place, tested, approved, and ready for service except where unit cost
items are included in the Bid Schedule as a bid item. No additional amount shall be paid by the City unless it is
extra work approved and authorized by change order as described in the General Conditions.
SPECIAL CONDITIONS: In general, when requirements included in the Special Conditions are also included in
the General and/or Supplemental General Conditions, the more stringent conditions shall govern.
END OF SECTION
00200
SECTION 01100
CITY OF PEACHTREE CITY
GENERAL PROVISIONS
1. INTENT OF CONTRACT DOCUMENTS
The Invitation for Bids, the Instructions to Bidders, the Bid, the Bid Bond (or certified check), the Contract, the
Performance and Payment Bonds, the General Conditions, Special Conditions, the Specifications, the Plans and
any Addenda which may be issued, constitute the Contract Documents. These Contract Documents cover, with
explicit provisions, all matters relating to the Project, which the Contractor undertakes to effect in full compliance
with such provisions. It is understood that the Contractor has, by personal examination and inquiry, if necessary,
satisfied himself as to all local conditions and as to the meaning, requirement and reservations of the Contract
Documents, for no deviation will be allowed from the Project Manager's interpretation thereof after the letting.
These Contract Documents are complementary, so that a recital in one is tantamount to a recital in all.
2. PLANS AND SPECIFICATIONS
The Plans, the Specifications and Addenda thereto, issued prior to receiving bids, describe the Project, and all
materials, workmanship and dimensions must be in strict accord with them except only when the Project Manager
may, in writing, authorize an exception.
In case of conflict between requirements shown on the Plans and provisions of the Specifications, the more
restrictive shall apply. Dimensions, shown in figures on the Plans, shall govern in case of any discrepancy between
them and scaled dimensions.
The Contractor shall not take advantage of any apparent error or omission which may be found in the Plans or the
Specifications, and the Project Manager shall be entitled to make such corrections therein and such interpretations
thereof as he may deem necessary for the fulfillment of their intent.
The Contractor will be supplied with five (5) copies of the Plans, the Specifications and Addenda thereto, and is to
preserve them and have at least one (1) copy of them accessible on the work site at all times.
3. ALTERATIONS IN PLANS AND SPECIFICATIONS
The right is reserved for the Project Manager to make, from time to time, such alterations in the Plans in the
character of the work as he may consider necessary or desirable to complete the Project to his satisfaction and
consistent with the general intention of the Contract Documents.
Notice of every such alteration shall be given in writing to the Contractor, and no such alterations shall be
considered as constituting a waiver of any of the provisions of the Contract Documents, or as nullifying or
invalidating any of such provisions.
Should any such alteration result in an increase or a decrease in the quantity or the cost of work or materials
described in the bid, the total amount payable under the Contract will be accordingly modified. If alterations are
thus made, the time for completion of the Contract will be correspondingly modified, if the Contractor so requests
before commencing the work attributable to such alterations, it is understood that such alterations are not to
embrace work already done or materials in transit or in process of construction.
4. AUTHORITY OF THE PROJECT MANAGER
The supervision of the execution of this Contract is vested in the Project Manager, and his instructions shall be
carried into effect promptly and efficiently.
The Project Manager shall in all cases determine the amount, quality, fitness and acceptability of the work and
materials to be paid for and shall decide finally and conclusively all questions of differences of opinion that may
arise as to the interpretation of the Plans and Specifications or the fulfillment of the terms of the Contract. In the
event of such questions or difference of opinion, the decision of the Project Manager is to be a condition precedent
to the Contractor's right to receive any money for the work or the materials to which the question or difference of
opinion relates.
If the Contractor considers any work demanded of him to be outside the requirements of this Contract, or if he
considers any decision or ruling of the Project Manager to be unfair, he shall immediately, upon such work being
demanded or such decision or ruling being made, ask for written instructions or decision, whereupon he shall
proceed without delay to perform the work or conform to the decision or ruling; and unless the Contractor finds
such instructions or decisions to be satisfactory, he shall within ten (10) calendar days after the receipt thereof, file
a written protest with the City, stating clearly and in detail his objections and the reasons therefore. Unless the
Contractor shall file such written protest with the City within such ten (10) calendar day period, he shall be deemed
to have waived all grounds for such protest and to have accepted the requirement, decision or ruling of the Project
Manager as just and reasonable and as being within the scope of the Contractor's obligations under the Contract
Documents.
The Project Manager is to have free access to the materials and work at all times, for laying out, measuring and
inspecting the same, and the Contractor is to afford him all necessary facilities and assistance for so doing.
5. MATERIALS, LABOR AND EQUIPMENT
The Contractor shall furnish all necessary tools and construction equipment and shall employ sufficient and
competent personnel to do the work in an expeditious and acceptable manner, giving preference whenever
practicable to residents of Peachtree City, Georgia. In the event that the Project Manager shall notify the
Contractor in writing that any person employed is, in the opinion of the Project Manager, incompetent or disorderly,
or used threatening or abusive language, or is otherwise unsatisfactory, such person shall be discharged at once
and shall not be employed thereafter on the work site.
The Contractor shall furnish all materials used in the construction of the Project and all equipment becoming a part
of the Project, unless such materials or equipment are specifically stated in the Specifications as being furnished
by the City. In the latter case, only the cost of installation of such materials or equipment shall be included in the
contract price. The City retains ownership of any materials or equipment if furnished which are not incorporated in
the work, and the Contractor, at his own expense, shall load such materials or equipment at the work site,
transport them to City storage yard as directed by the Project Manager, and shall unload and leave them neatly
stored in a workmanlike manner.
Where the Plans and Specifications designate the product of a particular manufacturer, the product specified is
suitable for the intended use, but unless otherwise provided, articles or products of similar characteristics may be
offered for the approval of the Project Manager. Approval of substitutions will be based on manufacturer's
published ratings.
6. RESPONSIBILITY OF THE CONTRACTOR
The Contractor shall have at all times as his agent on the site of the work a competent superintendent capable of
reading and thoroughly Understanding the Plans and Specification. The Superintendent shall have full authority to
supply promptly such materials, tools, plant equipment, and labor as may be required.
The Contractor shall be responsible for the good condition of the work or materials until formal release from his
obligations under the terms of his Contract. He shall bear all losses resulting to him on account of the amount or
character of the work, or the character of the ground, being different from what he anticipated, or on account of the
weather or the elements. He shall place sufficient lights and danger signals on or near the work from sunset to
sunrise; shall erect suitable railings or other protective devices about unfinished work, open trenches,
embankments, or other obstructions; shall provide all necessary watchmen on the work by day or by night for the
safety of the public, and shall take all necessary precautions for preventing accidents or injuries to persons or
property in or about the work site.
In the event that the Contractor plans to enter into subcontracts for any portion of the Project, he shall incorporate
in each such subcontract all provisions, terms, and conditions applicable to the Project which constitute obligations
to be assumed and effected by him under the Contract Documents, and shall submit a copy of each such
subcontract to the Project Manager for examination and approval prior to his execution of the subcontract.
Subcontracts shall be entered into only with those subcontractors so approved in writing by the Project Manager.
The City reserves the right of approval or rejection to any subcontract contemplated by the Contractor for any
portion of the Project, whichever it deems to be in its best interest.
The Contractor agrees to indemnify and save harmless forever, the City of Peachtree City and their officers,
agents and employees from all claims for patent rights or fees, from all claims relating to labor or materials
furnished for the work, and from all liability, loss, cost, and expense, including attorney's fees which may be
sustained by the City or their officers, agents, or employees due to or caused by the failure of the Contractor to
take all necessary precautions for preventing accidents or injuries to persons or property in or about the work site
or due to or caused by any act, omission, or neglect by the Contractor, his subcontractors, agents or employees in
the performance of this Contract.
The Contractor agrees to defend against any claims brought or action filed against the City or their officers, agents,
and employees in connection with the subject of the indemnities contained herein.
The City may retain from money otherwise payable under the Contract such amount as it may determine to be
required to pay the expenses and damages arising from any of said causes or in case no money is due, the
Contractor's surety shall be held until such suits, action or claims for injuries or damages shall have been settled
and suitable evidence to that effect furnished to the City.
The Contractor shall at all times conduct the work in such a manner and in such sequences as will ensure the least
practicable local interference. He shall not open up work to the prejudice of work already started, and the Project
Manager may require the Contractor to furnish a section on which work is in progress before Work is started on
any additional section.
7. TIME OF PERFORMANCE AND LIQUIDATED DAMAGES
The Contractor shall begin the Project with an adequate force and sufficient equipment and facilities on the date
stated in the written Notice to Proceed issued and served upon him by the Project Manager. Thereafter the
Contractor shall prosecute the work diligently, without any avoidable interruption, and at such rate and with such
complement of labor, materials, and equipment as will complete the Project within the time stated in the Bid. No
work however, shall be done between the hours of 10:00 p.m. and 7:00 a.m., nor on Sunday, except when such
work as is necessary for the proper care and protection of the work already performed, or except in case of any
emergency, in which event the permission of the Project Manager to do such work shall be executed.
Since time is of the essence on this Contract, in the event that the work to be done hereunder is not completed
within the times herein before specified (and such additional extension of time as the Project Manager may have
granted), the City will retain from the compensation otherwise to be paid to the Contractor, including partial
payments as defined herein, the sum determined by GDOT Section 108.08.
All work required by the Contract Documents shall be completed on such date stated in Section 00600, City of
Peachtree City Contract, of this document. Provided, however, the time required by the General Contract shall only
be tolled by adverse weather pursuant to the following:
Completion time will not be extended for normal bad weather. The time for completion as stated in the Contract
Documents includes due allowance for calendar days on which work cannot be performed. For the purpose of this
Contract, the Contractor agrees that he may expect to lose calendar days due to weather in accordance with the
following table:
Jan. 10 days
Feb. 9 days
Mar. 9 days
Apr. 8 days
May 8 days
June 8 days
July 11 days
Aug. 9 days
Sep. 7 days
Oct. 6 days
Nov. 7 days
Dec. 8 days
Also, the Contractor agrees that the measure of extreme weather during the period covered by this Contract shall
be the number of days in excess of those shown for each month in the table above, in which precipitation
exceeded 0.10 inch and the average temperature failed to exceed 40 degrees F., averaged from the National
Weather Service Forecast Office Peachtree City, Georgia. This is the same source of data used to determine
normal weather losses. If the total accumulated number of calendar days lost to weather, from the start of work
until the completion of project exceeds that total accumulated number to be expected for the same period from the
table above, time for completion will be extended by the number of calendar days needed to include the excess
number of calendar days lost. Request for extension in contract time shall be done as specified in the following
paragraph.
Should a delay in the work be caused by an act of God (other then mentioned in the paragraph above), war, strike,
action of the City, or other cause beyond the control of the Contractor, he shall, within five (5) calendar days of the
commencement of the delay, make a written claim for an extension in contract time. If, in the opinion of the Project
Manager, the claim is justified, an extension in contract time will be allowed equal to the length of the delay. The
Project Manager shall not consider delays caused by late delivery of equipment or materials to be beyond the
control of the Contractor and hence shall not allow an extension of time for them unless written evidence is
furnished that they were caused by acts of God, war, strikes, or action of the City.
8. INSURANCE TO BE CARRIED BY CONTRACTOR
In addition to the indemnification language elsewhere within the Contract Documents, the Contractor hereby
agrees to perform the work under this Contract as an independent Contractor, and not as a subcontractor, agent,
or employee of the City. The Contractor, upon execution of the Contract, agrees to indemnify, protect, defend, and
hold the City and their officers, agents, and employees free and unharmed against any liabilities whatsoever
(except for liabilities created by the sole negligence of the City and their officers, agents and employees) resulting
in connection with the performance of the work by the Contractor, his employees, or subcontractors. The
Contractor's said obligation to protect, defend and hold the City and their officers, agents, and employees free and
unharmed against any such liabilities shall have a monetary limitation of the larger of the following: $1,000,000.00
or the entire amount of the Contract.
The Contractor shall not begin work under the Contract until after he has obtained all of the minimum insurance
herein described and such insurance has been approved by the City nor shall the Contractor permit any
subcontractor to begin work until after similar minimum insurance to cover the subcontract has been obtained and
approved.
Proof of insurance coverage must be submitted for approval. In addition to the minimum coverage outlined, the
provisions of the various policies are subject to the City's approval and a copy may be requested for inspection.
The Contractor shall procure and maintain at his expense during the life of the Contract the following minimum
insurance, with the City of Peachtree City named as additional insured:
A.
Workers’ Compensation Insurance for statutory obligations imposed by Workers’ Compensation or
Occupational Disease Laws, including, where applicable, the United States Longshoremen's and
Harbor Workers' Act, the Federal Employers' Liability Act, and the Jones Act. Employers' Liability
Insurance shall be provided with minimum limits of:
Bodily injury by accident- $100,000.00 each accident
Bodily injury by disease - $500,000.00 policy limit
Bodily injury by disease - $100,000.00 each employee
B.
Comprehensive Automobile Liability Insurance with the following minimum limits of liability:
Contract Amount
$5,000,000.00 or less
Insurance Liability
$1,000,000.00 Combined Single Limit Bodily Injury and
Property Damage
Liability- each occurrence.
Over $5,000,000.00
$3,000,000.00 Combined Single Limit
Bodily Injury and Property Damage
Liability- each occurrence.
This insurance is to apply to all owned, non-owned, and hired automobiles and other vehicles used by the
Contractor in the performance of the work.
C.
Commercial General Liability, Contractual Liability, and Products/Complete Operations Liability,
Owners and Contractors Protective Liability, and Personal Injury Liability Insurance covering all operations
required to complete the work, including coverage for damage caused by explosion, collapse or structural
injury, and damage to underground utilities with the following minimum limits of liability:
Contract Amount
$1,000,000.00 or less
Insurance Liability
$1,000,000.00 Combined Single Limit
Bodily Injury and Property
Damage Liability- each occurrence.
Over $1,000,000.00
$5,000,000.00 Combined Single Limit Bodily Injury and
Property
Damage Liability – each occurrence.
The Products/Completed Operations Liability Insurance shall be provided for a period of at least one year
after completion of the work.
The Contractual Liability Insurance Coverage insuring the performance of the contractual obligations
assumed by the Contractor by acceptance of this Contract, including specifically, but without limitation
thereto, the above- mentioned agreement, included herein.
9. EXTRA WORK AND PAYMENT THEREFOR
The Contractor shall perform unforeseen work, for which there is no price included in the Bid, wherever it is
deemed necessary or desirable by the Project Manager to complete satisfactorily the Project as contemplated, and
such extra work shall be performed promptly in accordance with the Specifications and as directed by the Project
Manager; provided, however, that before any extra work is begun, a written order from the Project Manger
(approved by the City Manager and/or City Council) to do the work shall be given to the Contractor. No extra work
will be paid for unless ordered in writing.
Extra work and material will ordinarily be paid for in a lump sum or at unit prices agreed to in writing by the Project
Manager, and the Contractor before the extra work is ordered.
The performance of any extra work or the furnishing of any extra material which, in the judgment of Project
Manager, is of like character to and susceptible to classification under a unit price item of the Contract shall, if the
order of the Project Manager shall so provide, be paid for at the unit bid price for such item.
All extra work performed hereunder will be subject to all of the provisions of the Contract. Whenever, in the
judgment of the Project Manager, such extra work or such extra material is not of like character to and susceptible
to classification under a unit price item of the Contract, and it is impracticable because of the nature of the work, or
for any other reason, to fix the price before the extra work order is issued, extra work and material will be paid for
in the following manner:
(a)
For all labor, including a foreman in direct charge of the specified operations, the Contractor shall
receive a sum equal to the current local rate of wages for every hour that the labor is actually
performed, to which shall be added an amount equal to fifteen percent (15%) of such sum, and the
total thereof shall be full compensation to the Contractor for general supervision and for furnishing
and repairing small tools and ordinary equipment used in doing the extra work. In addition, the
Contractor shall be paid the actual cost of social security taxes, unemployment insurance,
worker's compensation insurance, and contractor's public liability, and property damage insurance
involve in such extra work, based on the actual wages paid for such labor.
(b)
For all materials used, the Contractor shall receive the actual cost of such materials, including
freight charges as shown by original receipted bills, to which cost shall be added an amount equal
to ten percent (10%) thereof.
(c)
For any construction equipment or special equipment including fuel and lubricants therefore,
required for the economical performance of extra work, the Project Manager shall allow the
Contractor a rental price, to be agreed upon in writing before such work is begun, for every hour
that such construction equipment or special equipment is actually operated on the work. Such
hourly rental price shall not exceed 1/176th part of the monthly rate stated for such equipment in
the latest edition of the "Compilation of Rental Rates for Construction Equipment" by Associated
Equipment Distributors.
The Contractor's representative and the Project Manager shall compare records of extra work done. Such records
shall be made in duplicate and shall be signed by both the Project Manager and the Contractor's representative,
and one copy being submitted to the City and the other being retained by the Contractor.
All claims for extra work done shall be submitted by the Contractor upon certified statements, to which shall be
attached the original receipted bills covering the costs of and freight charges on all materials used in such work,
and such statements, accompanied by copies of the order authorizing the performance of the work, shall be
submitted to the Project Manager for inclusion in the estimate of the month in which the work was actually done.
If required, the Contractor shall produce any books, vouchers, other records or memoranda that will assist the
Project Manager in determining the true, necessary cost of work and materials to be paid for on a cost plus basis.
10. OMITTED ITEMS AND PAYMENTS THEREFOR
The City shall have the right to cancel those portions of the Contract relating to the construction of any item
provided for therein. Such cancellation shall entitle the Contractor to payment of the fair and equitable amount
covering all items of cost incurred by him prior to the date of cancellation or suspension of the work by order of the
Project Manager. The Contractor shall be allowed a profit percentage on the materials used and the construction
work actually performed, at the same rates as provided for "Extra Work", but no allowance will be made for
anticipated profits.
Acceptable materials ordered by the Contractor or delivered on the work site prior to the date of such cancellation
or suspension shall be purchased from the Contractor by the City at actual cost and shall thereupon become the
property of the City.
11. NONAVAILABILITY OF MATERIALS
If the Contractor is unable to furnish or use any of the materials or equipment specified, because of any order by
the governmental agency limiting the manufacture or use, or because of the supply situation in the general market
for such material or equipment, the Contractor shall offer substitutes therefore. The substitutes shall be suitable for
the purpose, considering the factors of quality, serviceability, appearance, and maintenance. No substitute shall be
used until it has been approved by the Project Manager.
No consideration will be given to the use of substitutes on account of market conditions unless the Contractor
demonstrates that for the item in question he placed his order and submitted shop drawings without delay, that he
has shown due diligence in attempting to locate the item as specified, and that the unavailability is due to market
conditions in general throughout that particular industry.
If substitutes are used in the work, the compensation to be paid the Contractor will be subject to review and
adjustment.
Contractor is to obtain the consent of the Project Manager, and before commencing, shall confer with him as to the
best manner of protecting the interests involved.
12. USE OF EXPLOSIVES
No blasting will be done except upon approval by the Project Manager and under his specific directions. When the
use of explosives is approved by the Project Manager as necessary for the prosecution of the work, the Contractor
shall use the utmost care so as not to endanger life or property, and whenever directed, the number and size of
the charges shall be reduced. All explosives shall be stored in a secure manner and all such storage places shall
be clearly marked "DANGEROUS EXPLOSIVES" and shall be in the care of competent watchmen.
13. ASSIGNMENT OF CONTRACT
No assignment of the Contract, or of any part thereof, or of any moneys due or to become due hereunder, shall be
made by the Contractor without the prior written approval of the City, which approval will be given after the surety
on the Performance and Payment Bonds has informed the City in writing that it has no objection to such
assignment being made.
In the event that the Contractor shall undertake to assign all or any part of any moneys due or to become due
under the Contract, the instrument of assignment shall contain a provision substantially to the effect that it is
agreed that the right of the assignee in and to any such moneys shall be subject to the prior liens or claims of all
persons for services rendered or materials supplied for the performance of all work embraced by the Contract.
14. ANNULMENT OF CONTRACT BY THE CITY
If the Contractor shall fail to begin the work under the Contract within the time specified, or shall fail to perform the
work with sufficient workmen and equipment or with sufficient material to insure the prompt completion of the work,
or shall perform the work unsatisfactorily, or shall neglect or refuse to remove materials or to perform anew such
work as shall be rejected as defective and unsuitable, or shall discontinue the prosecution of the work, or shall
become insolvent or be declared bankrupt, or shall commit any act of bankruptcy or insolvency, or shall make an
assignment for the benefit of creditors, or from any other cause whatsoever shall not carry on the work in an
acceptable manner, the Project Manager may give notice in writing to the Contractor and to his surety of such
delay, neglect or default, specifying the conditions pertaining thereto and directing the Contractor to correct same.
If the Contractor shall not correct such conditions within a period of five (5) calendar days after receipt of such
notice, the City shall, upon written certificate from the Project Manager reciting the facts of such delay, neglect, or
default and the failure of the Contractor to comply with the directions given in such notice, have full power and
authority, without violating the Contract, to take the prosecution of the work out of the hands of the Contractor, to
appropriate or use any or all materials or equipment on the ground as may be suitable or acceptable, to enter into
an agreement with another contractor for the completion of the Project, or to use such other methods as, in the
opinion of the City, shall be required for the completion of the Project in an acceptable manner.
All costs and charges incurred by the City, together with all costs of completing the work under contract, shall be
deducted from any moneys due or which may become due to the Contractor. In the event that the expense so
incurred by the City shall be less than the sum which would have been payable under the Contract if the work had
been completed by the Contractor, the Contractor shall be entitled to receive the difference; in case such expense
shall exceed the sum which would have been payable under the Contract, the Contractor and the surety shall be
liable and shall pay the City the amount of such excess.
15. SCOPE OF PAYMENT
The Contractor shall receive and accept the compensation as herein provided in full payment for furnishing all
materials, labor, tools, and equipment, and for performing all work required to complete the Project under the
Contract, and also in full payment for all loss or damage arising from the nature of the work or from the action of
the elements, or from any unforeseen difficulties which may be encountered during the prosecution of the work
until its final acceptance by the City.
Only net quantities of finished work will be measured and paid for.
For each of the items included and for which a unit price is stated in the Bid, the aggregate amount to be paid
therefore by the City at such unit price shall be the measured amount of such item incorporated in the completed
Project by the Contractor and acceptable to the Project Manager.
The unit prices stated in the Bid include all costs and expenses for labor, equipment, materials, commissions,
transportation charges and expenses, patent fees and royalties, removing crossing or other obstructions,
protecting or maintaining pipes, drains, culverts, railroad tracts, buildings, bridges, or other structures, furnishing
temporary crossings or bridges, furnishing all stakes, batterboards, and templates, common labor for staking out
grades and lines, and ordinary labor for handling materials during inspection, replacing any property disturbed,
together with any and all other costs and expenses for performing and completing the work as specified.
It is mutually agreed that, due to latent field conditions which cannot be foreseen at the time of advertising for bids,
adjustment of Plans to such field conditions will be necessary during construction, and therefore such changes in
the Plans shall be recognized as constituting a normal and expected margin of adjustment, not unusual and not
involving nor permitting any change or modification of unit prices, provided only that resulting overruns or
underruns from the quantities stated in the Bid do not exceed a reasonable percentage. Changes involving any
major item in an amount not more than fifty percent (50%) of the quantities listed in the Bid shall be construed as
constituting such a reasonable percentage, in which case payment will be made for the revised quantities at the
unit price bid in the Bid. A major item is construed to be any item of the Contract, which amounts to at least five
percent (5%) of the total Contract price. Changes involving any major item in an increased amount not more than
two hundred percent (200%) of the quantities listed in the Bid shall also be construed as constituting such a
reasonable percentage, in which case payment will be made for the revised quantities at the unit price bid in the
Bid. A minor item is construed to be any item of the Contract, which amounts to less than five percent (5%) of the
total Contract price.
16. PARTIAL AND FINAL PAYMENT
Before the Contractor can receive any payment hereunder, except the first partial payment, for moneys due him as
a result of a percentage of the work completed, he must provide the Project Manager with duly executed affidavits
or releases of lien from all subcontractors who have performed any work on the Project as of that date, stating that
said subcontractors have been paid their proportionate share of all previous draws. The failure of the prime
Contractor to provide the foregoing affidavits or releases of lien shall result in the City placing the amount in
dispute in an escrow account until said dispute is resolved.
For the purpose of preparing a monthly estimate, the Project Manager will make an approximate estimate of the
value of all work done and materials furnished as of the 20th day of each calendar month, will deduct therefrom ten
percent (10%) thereof, all liquidated damages assessed during that month in accordance with section 7 herein, if
any, and all previous payments and charges, and the balance will be paid by the City to the Contractor on or
before the 20th day of the following month. The ten percent (10%), which is deducted each month, is reserved by
the City as partial guarantee to it of the faithful execution of the Contract by the Contractor. The City at any time,
however, after fifty percent (50%) of the work has been completed and satisfactory progress is being made in the
opinion of the Project Manager, will reduce retainage to five percent (5%) on the current and remaining estimates.
As a consideration for such payment, the City shall have the right to enter upon and put into proper service, any or
all parts of the work, which may be in condition for use. No claim or charge is to be made by the Contractor for
such use, nor is such use to be construed as an acceptance by the City of any part of the work so used.
As soon as the Project Manager is notified of the completion of the work and can assure himself by test, inspection
or otherwise, that all of the provisions of the Contract have been carried out to his satisfaction, he will make a final
estimate of the value of all work done and will deduct therefrom all previous payments which have been made. The
Project Manager shall report such estimate to the City, together with his recommendations as to the acceptance of
the work or his findings as to any deficiencies therein.
Within sixty (60) days after the approval by the Project Manager of such estimate and report, the amount of the
estimate, less any charges or damages herein provided for, will be paid. Upon such final payment, the City shall be
released by the Contractor from all liability whatever growing out of the Contract, except for the balance, if any of
such amount as may have been retained to cover charges, claims or damages exist or will arise, no such amount
will be retained. All prior estimates are subject to correction in the final estimate.
END OF SECTION
SECTION 01100
AMERISTAR FENCE PRODUCTS
Montage Plus - Steel Ornamental Fence System – Fusion Welded and Rackable
CONSTRUCTION SPECIFICATION - SECTION 32 31 00
®
PART 1 - GENERAL
1.01 WORK INCLUDED
The contractor shall provide all labor, materials and appurtenances necessary for installation of the welded ornamental steel fence
system defined herein at Kedron Fieldhouse and Aquatic Center.
1.02 RELATED WORK
Section __ n/a __ - Earthwork
Section __ n/a __ - Concrete
1.03 SYSTEM DESCRIPTION
The manufacturer shall supply a total fence system of (specify Montage Plus® standard picket space or Montage Plus® Pool, Pet &
Play® 3” air space) Welded and Rackable (ATF – All Terrain Flexibility) Ornamental Steel (for standard picket space, specify
Classic™, Majestic™, Genesis™, or Warrior™; for 3” air space, specify Classic™, Majestic™, or Genesis™) design. The system
shall include all components (i.e., panels, posts, gates and hardware) required.
1.04 QUALITY ASSURANCE
The contractor shall provide laborers and supervisors who are thoroughly familiar with the type of construction involved and materials
and techniques specified.
1.05 REFERENCES
ASTM A653/A653M - Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy Coated
(Galvannealed) by the Hot-Dip Process.
ASTM B117 - Practice for Operating Salt-Spray (Fog) Apparatus.
ASTM D523 - Test Method for Specular Gloss
ASTM D714 - Test Method for Evaluating Degree of Blistering in Paint.
ASTM D822 - Practice for Conducting Tests on Paint and Related Coatings and Materials using Filtered Open-Flame Carbon-Arc
Light and Water Exposure Apparatus.
ASTM D1654 - Test Method for Evaluation of Painted or Coated Specimens Subjected to Corrosive Environments.
ASTM D2244 - Test Method for Calculation of Color Differences from Instrumentally Measured Color Coordinates.
ASTM D2794 - Test Method for Resistance of Organic Coatings to the Effects of Rapid Deformation (Impact).
ASTM D3359 - Test Method for Measuring Adhesion by Tape Test.
ASTM F2408 – Ornamental Fences Employing Galvanized Steel Tubular Pickets.
1.06 SUBMITTAL
The manufacturer’s literature shall be submitted prior to installation.
1.07 PRODUCT HANDLING AND STORAGE
Upon receipt at the job site, all materials shall be checked to ensure that no damage occurred during shipping or handling. Materials
shall be stored in such a manner to ensure proper ventilation and drainage, and to protect against damage, weather, vandalism and
theft.
PART 2 - MATERIALS
2.01 MANUFACTURER
The fence system shall conform to (specify Montage Plus standard picket space or Montage Plus Pool, Pet & Play 3” air space)
Welded and Rackable (ATF – All Terrain Flexibility) Ornamental Steel, (for standard picket space, specify Classic, Majestic, Genesis
or Warrior; for 3” air space, specify Classic, Majestic, or Genesis) design, (specify extended picket or flush) bottom rail treatment,
(specify 2-Rail, 3-Rail or 3-Rail with Double Rings) style manufactured by Ameristar Fence Products, Inc., in Tulsa, Oklahoma.
Montage Plus Specification
Ameristar Fence Products
Rev. 10/24/2011
2.02 MATERIAL
A. Steel material for fence panels and posts shall conform to the requirements of ASTM A653/A653M, with a minimum yield strength
of 45,000 psi (310 MPa) and a minimum zinc (hot-dip galvanized) coating weight of 0.60 oz/ft2 (184 g/m2), Coating Designation G60.
B. Material for pickets shall be 3/4” square x 18 Ga. tubing. The rails shall be steel channel, 1.5” x 1.4375” x 14 Ga. Picket holes in
the rail shall be spaced (specify 4.675” o.c. for standard picket space or 3.500” o.c. for 3” air space). Fence posts and gate posts shall
meet the minimum size requirements of Table 1.
2.03 FABRICATION
A. Pickets, rails and posts shall be pre-cut to specified lengths. Rails shall be pre-punched to accept pickets.
B. Pickets shall be inserted into the pre-punched holes in the rails and shall be aligned to standard spacing using a specially calibrated
alignment fixture. The aligned pickets and rails shall be joined at each picket-to-rail intersection by Ameristar’s proprietary fusion
welding process, thus completing the rigid panel assembly (Note: The process produces a virtually seamless, spatter-free goodneighbor appearance, equally attractive from either side of the panel).
C. The manufactured panels and posts shall be subjected to an inline electrode position coating (E-Coat) process consisting of a multistage pretreatment/wash (with zinc phosphate), followed by a duplex application of an epoxy primer and an acrylic topcoat. The
minimum cumulative coating thickness of epoxy and acrylic shall be 2 mils (0.058 mm). The color shall be Black. The coated panels
and posts shall be capable of meeting the performance requirements for each quality characteristic shown in Table 2 (Note: The
requirements in Table 2 meet or exceed the coating performance criteria of ASTM F2408).
D. The manufactured fence system shall be capable of meeting the vertical load, horizontal load, and infill performance requirements for
Industrial weight fences under ASTM F2408.
E. Gates shall be fabricated using fusion welded ornamental panel material and 1-3/4” sq. x 14ga. gate ends. All rail and upright
intersections shall be joined by welding. All picket and rail intersections shall also be joined by welding.
PART 3 - EXECUTION
3.01 PREPARATION
All new installation shall be laid out by the contractor in accordance with the construction plans.
3.02 INSTALLATION
Fence post shall be spaced according to Table 3, plus or minus ¼”. For installations that must be raked to follow sloping grades, the post
spacing dimension must be measured along the grade. Fence panels shall be attached to posts with brackets supplied by the manufacturer.
Posts shall be set in concrete footers having a minimum depth of 36” (Note: In some cases, local restrictions of freezing weather
conditions may require a greater depth). The “Earthwork” and “Concrete” sections of this specification shall govern material
requirements for the concrete footer. Posts setting by other methods such as plated posts or grouted core-drilled footers are permissible
only if shown by engineering analysis to be sufficient in strength for the intended application.
3.03 FENCE INSTALLATION MAINTENANCE
When cutting/drilling rails or posts adhere to the following steps to seal the exposed steel surfaces; 1) Remove all metal shavings from
cut area. 2) Apply zinc-rich primer to thoroughly cover cut edge and/or drilled hole; let dry. 3) Apply 2 coats of custom finish paint
matching fence color. Failure to seal exposed surfaces per steps 1-3 above will negate warranty. Ameristar spray cans or paint pens
shall be used to prime and finish exposed surfaces; it is recommended that paint pens be used to prevent overspray. Use of nonAmeristar parts or components will negate the manufactures’ warranty.
3.04 GATE INSTALLATION
Gate posts shall be spaced according to the manufacturers’ gate drawings, dependent on standard out-to-out gate leaf dimensions and gate
hardware selected. Type and quantity of gate hinges shall be based on the application; weight, height, and number of gate cycles. The
manufacturers’ gate drawings shall identify the necessary gate hardware required for the application. Gate hardware shall be provided by
the manufacture of the gate and shall be installed per manufacturer’s recommendations.
3.05 CLEANING
The contractor shall clean the jobsite of excess materials; post-hole excavations shall be scattered uniformly away from posts.
Montage Plus Specification
Ameristar Fence Products
Rev. 10/24/2011
Table 1 – Minimum Sizes for Montage Plus Posts
Panel Height
Up to & Including 6’ Height
Fence Posts
2-1/2” x 16 Ga.
Gate Leaf
Up to 4’
4’1” to 6’
6’1” to 8’
Quality Characteristics
Adhesion
Corrosion Resistance
Impact Resistance
Weathering Resistance
Span
Post Size
Bracket Type
Up to & Including 4’
2-1/2” x 14 Ga.
3” x 12 Ga.
3” x 12 Ga.
Gate Height
Over 4’ Up to & Including 6’
3” x 12 Ga.
3” x 12 Ga.
4” x 12 Ga.
Table 2 – Coating Performance Requirements
ASTM Test Method
Performance Requirements
D3359 – Method B
Adhesion (Retention of Coating) over 90% of test area (Tape and
knife test).
B117, D714 & D1654
Corrosion Resistance over 1,500 hours (Scribed per D1654;
failure mode is accumulation of 1/8” coating loss from scribe or
medium #8 blisters).
D2794
Impact Resistance over 60 inch lb. (Forward impact using 0.625”
ball).
D822 D2244, D523 (60˚ Method)
Weathering Resistance over 1,000 hours (Failure mode is 60%
loss of gloss or color variance of more than 3 delta-E color units).
Table 3 – Montage Plus – Post Spacing By Bracket Type
For CLASSIC, GENESIS, MAJESTIC, & WARRIOR
8’ Nominal (91.95” Rail)
2-1/2”
2-1/2”
2-1/2”
3”
Montage Plus
Montage Plus
Montage Plus
Universal
Line Blvd.
Flat Mount
(BB112)
(BB114)
(BB111)
2-1/2”
3”
Montage Plus
Swivel
(BB113)*
Post Settings
95”
95”
95”
95-1/2”
*95”
*95-1/2”
± 1/4” O.C.
*Note: When using BB113 swivel brackets on either or both ends of a panel installation, care must be taken to ensure the spacing
between post and adjoining pickets meets applicable codes. This will require trimming one or both ends of the panel.
Montage Plus Specification
Ameristar Fence Products
Rev. 10/24/2011